Virginia Bids > Bid Detail

MULTI-Mount, Resilient, Weapon Systems

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 53 - Hardware and Abrasives
Opps ID: NBD00159075893521326
Posted Date: Jan 30, 2023
Due Date: Feb 5, 2023
Solicitation No: SPE4A7-23-R-0318
Source: https://sam.gov/opp/9c9762c4d8...
Follow
MULTI-Mount, Resilient, Weapon Systems
Active
Contract Opportunity
Notice ID
SPE4A7-23-R-0318
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY (DLA)
Major Command
DLA AVIATION
Sub Command
DLA AV RICHMOND
Office
DLA AVIATION
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 30, 2023 04:04 pm EST
  • Original Response Date: Feb 05, 2023 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5342 - HARDWARE, WEAPON SYSTEM
  • NAICS Code:
    • 332994 - Small Arms, Ordnance, and Ordnance Accessories Manufacturing
  • Place of Performance:
    Richmond , VA 23237
    USA
Description

The DLA Aviation is issuing these sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for a MULTI NSN PROJECT (1) 5342-01-357-1630, Mount, Resilient, Wea, for an Estimated Annual Quantity of 201 each. IAW Oshkosh Defense LLC; CAGE: 75Q65: P/N: 3646317; Lord Corporation, CAGE: 76005; P/N: SSB26-1000-5; DRS Sustainment Systems, Inc: CAGE: 98255; P/N: SW34255. The required delivery schedule is 191 days. FOB Destination and Inspection and Acceptance is Destination. (2) 5342-00-762-6434, Mount, Resilient, Wea. for an Estimated Annual Quantity of 28 each. IAW Hutchinson Aerospace & Industry, Inc.; CAGE: 81860; P/N: 21822-1; Lord Corporation; CAGE:76005; P/N: J-13318-1; and Gusco Silicone Rubber & Services, LLC; CAGE: 6KAF6; P/N: SK024. The required delivery schedule is 151 days. FOB Destination and Inspection and Acceptance is Origin. (3) 1660-01-659-0768, Mount, Resilient, Weapon Systems for an Estimated Annual Quantity of 297 each. IAW Oil States Industries, Inc. CAGE: 18444; P/N: 6E150BB-SLEEVE 4.140 IN. LG and Hutchinson Aerospace & Industry, Inc.; CAGE: 81860; P/N: 6E150BB-SLEEVE 4.140 IN. LG. The required delivery schedule is 112 days. FOB Destination and Inspection and Acceptance is Destination. (4) 5342-00-776-3832, Mount, Resilient, Weapon Systems for an Estimated Annual Quantity of 1250 each. IAW Hutchinson Aerospace & Industry, Inc. CAGE: 81860; P/N: 6043E and Mission Systems Orchard Park Inc. CAGE: 04577; P/N: 902662. The required delivery schedule is 273 days. FOB Destination and Inspection and Acceptance is Destination. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) codes assigned to this procurement is 332510 and 332994.



THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.



If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.



The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.



BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.



Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by February 5, 2023 @ 3pm. All responses under this Sources Sought Notice must be emailed to Repanza Mason @ repanza.mason@dla.mil.



If you have any questions concerning this opportunity please contact: to Repanza Mason @ repanza.mason@dla.mil.



APPENDIX 1: Purpose and Objectives



(1) NSN: 5342-01-357-1630



Estimated Annual Demand Quantity: 201 each



Minimum Delivery Order: 151 each



Maximum Delivery Order: 201 each





(2) NSN: 5342-00-762-6434



Estimated Annual Demand Quantity: 28 each



Minimum Delivery Order: 21 each



Maximum Delivery Order: 28 each



(3) NSN: 5845-01-277-5128



Estimated Annual Demand Quantity: 297 each



Minimum Delivery Order: 223 each



Maximum Delivery Order: 297 each



(4) NSN: 5342-00-776-3832



Estimated Annual Demand Quantity: 1250 each



Minimum Delivery Order: 938 each



Maximum Delivery Order: 1250 each



Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the new manufacture of the item(s). Generally, this entails the procurement/manufacture of component parts, inspection, testing, preservation/packaging, and shipping. Additionally, potential sources may be responsible for supply chain management, logistics planning, forecasting production requirements, long-lead time parts procurement, diminishing manufacturing sources and material shortage issues, and shipping serviceable assets. The unit prices will be established at the time of a contract award.



The specific requirement for this effort is below:



(1)_NSN



5342-01-357-1630



Part Number



See Above



Nomenclature



Mount, Resilient, Wea



Estimated Requirement



201



(2)_NSN



5342-00-762-6434



Part Number



See Above



Nomenclature



Mount, Resilient, Wea.



Estimated Requirement



28



(3)_NSN



5845-01-277-5128



Part Number



6E150BB-SLEEVE 4.140 IN. LG



Nomenclature



Mount, Resilient, Weapon Systems



Estimated Requirement



297



(4)_NSN



5342-00-776-3832



Part Number



See Above



Nomenclature



Mount, Resilient, Weapon Systems



Estimated Requirement



1250



Technical Orders and Qualification Requirements are not available


Attachments/Links
Contact Information
Contracting Office Address
  • ASC SUPPLIER OPER AE AND AF DIV 6090 STRATHMORE ROAD
  • RICHMOND , VA 23237
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 30, 2023 04:04 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >